The tender seeks bids for the
demolition and removal of
buildings and road remnants on a C. A. W. property. Bid responses must be delivered to the specified address in a sealed package by Thursday, July 24, 2025, at 2:00 p. m. , Central Time. Vendors are responsible for submitting bid responses at the designated location on or before the bid opening date and time. Bid responses received after the designated bid opening date and time shall be considered late and shall be returned to the vendor without further review. The contract shall be a fixed-price contract, and work is expected to be completed within four months of the award date. Vendors must adhere to the 24 requirements listed in the solicitation document. The official bid price sheets are provided as a separate Excel spreadsheet on the C. A. W. website. Bid pricing must be valid for 60 days following bid opening. The vendor must disclose any known possible conflicts of interest. A bid bond, certified check, cashier's check, or bank draft for 5% of the base bid is required. A performance bond and a payment bond, each in the amount of 100% of the contract price, with a corporate surety approved by the owner, will be required for the faithful performance of the contract. The contractor must remove all structures and materials associated with
buildings and road remnants, including interior and exterior walls, structural components, pumping, electrical components, concrete slabs, asphalt, and concrete blocks. All utilities to the area have been disconnected and electric poles and septic tanks have already been removed. No asbestos was detected in samples removed from each structure and tested in June 2025. Following
demolition and removal, the contractor must smooth disturbed surfaces to original grade and revegetate all bare soil areas with temporary rye grass in compliance with the stormwater management and drainage manual for the lake maumelle drainage basin, pulaski county, Arkansas. Each vehicle used for transporting asbestos materials and
demolition debris must possess and display the appropriate hauling permit. All vehicles transporting
demolition debris must be fully covered or tarped during transport from the
demolition site to the dump site. Materials must be disposed of at a licensed landfill that is authorized to accept
demolition waste. Copies of all dumping receipts for each structure, from an approved landfill, must be furnished by the contractor upon completion of the contract. The contractor must obtain all appropriate permits for the work and the company must implement appropriate BMPs for SWPPP where applicable. The contractor will be responsible for preparation, filing of all waste manifest forms. The contractor shall be responsible for the removal of all debris from the project area in compliance with Pulaski County requirements. The contractor shall be responsible for compliance with ADEQ, OSHA regulations in addition to all county, state, and federal regulations during the
demolition and disposal process. The contractor will be required to provide all required licenses and insurance (i. e. , workers compensation, liability, etc. ). State and federal minimum wage rates will apply to this bid. The contractor shall employ and maintain a qualified supervisor or superintendent who shall have been designated in writing by the contractor as the contractor's representative at the site. The supervisor shall have full authority to act on behalf of the contractor and all communications given to the supervisor shall be as if given to the contractor. The contractor agrees to supervise, oversee, manage and complete all the processes. The contractor shall be responsible for creating a temporary road crossing across the Maumelle River to access the site. The temporary crossing must convey flow at 100 cfs or higher. All permits associated with the temporary crossing of the Maumelle River will be obtained by C. A. W. Temporary road crossing culverts and material should be removed